CHAPTER - I NOTICE INVITING TENDER (NIT-A) ADVERTISED ... -...
Transcript of CHAPTER - I NOTICE INVITING TENDER (NIT-A) ADVERTISED ... -...
Page 1 of 54
CHAPTER - I
NOTICE INVITING TENDER (NIT-A)
ADVERTISED TENDER ENQUIRY
Government of India, Ministry of Home Affairs Commandant 160 Bn, Border Security Force
Po- Badu, Digberia, Madhyamgram, Distt-North 24 Parganas, Kolkata - 700128 ( WB) Tele/Fax No: 033-25260014, E-mail: comdt160 @bsf.nic.in
Tender No. 1450/Prov/160Bn BSF/Civil - TPT/Tender/2018/ 25319 Dated, the 22 Oct ’ 2018 Commandant, Border Security Force, 160 Bn BSF, Digberia, Kolkata (West Bengal) on behalf of the President
of India invites e-tenders under TWO BID SYSTEM (Technical & Financial Bid) from reputed transporter/tuck associations for Hiring of Civil Transport to shift Stores of 160 Bn BSF as per details mentioned below :-
Srl.
No.
TYPE OF CIVIL TRANSPORT DETAILS Qty
(Nos) FROM TO
1. TRUCKS (LOAD CAPACITY-9 TON) DIGBERIA,
KOLKATA (WB)
KHURDA,
BHUBANESHWAR
(ODISHA)
14
2. TRUCKS (LOAD CAPACITY-9 TON) DIGBERIA,
KOLKATA (WB)
MV-03, MALKANGIRI
(ODISHA)
22
Last date and time of receipt of online tender : 14/11/2018 at 1030 hrs
Date and time of online tender opening : 15/11/2018 at 1100 hrs
Earnest Money : Rs. 62000/-
Note: The complete tender documents can be accessed & downloaded from CPP Portal
http://eprocure.gov.in/eprocure/app Please check regularly the website for any changes/ modification/ amendment in
the Tender Enquiry.
Those filling in the tender entries are advised to ensure that their tenders are complete in all respects, all
documents have been filled in and all supporting documents are uploaded only in CPP Portal
http://eprocure.gov.in/eprocure/app. Incomplete tender enquiry is liable to be ignored/ rejected.
Sd/-xxx dtd 22/10/2018 Signature of the tenderer Commandant
160 Bn BSF For and on behalf of the President of India
Copy to:-
1. Indenter
On Line Publicity.
:
For info with a request to visit the Tender Enquiry (TE) on CPPP
website i.e. www.eprocure.gov.in and check the correctness.
Anomalies, if any may be brought to the notice of Proc Cell by
27/10/2018. You may also take a print of TE from above said
website at your end for your record please.
Page 2 of 54
CHAPTER-I INVITATION TO TENDER (NIT-B)
Government of India, Ministry of Home Affairs
Commandant 160 Bn, Border Security Force Po- Badu, Digberia,. Madhyamgram Distt-North 24 Parganas, Kolkata - 700128 ( WB)
Tele/Fax No: 033-25260014, E-mail: comdt160 @bsf.nic.in
Tender No. 1450/Prov/160Bn BSF/Civil - TPT/Tender/2018/ 25319 Dated, the 22 Oct ’ 2018
On behalf of the President of India, Commandant 160 Bn BSF invites an open tender for the service related to the schedule of requirement of tender enquiry enclosed. 2. The conditions of contract which will govern any contract made are contained in the GFR 2017, Manual of Ministry of Finance for procurement of goods 2017 & all orders issued by MHA, CVC and other relevant departments of Government of India from time to time which has been issued before issuance of this Tender. Any special conditions attached to this invitation to tender will also form part of the conditions of contract and will supersede any general condition. 3. The above manuals are available with latest amendment on website of Ministry of Finance, Govt of India. The same can be downloaded from the www. finmin.nic.in/. 4. If you are in a position to quote for the supply of these stores in accordance with the requirements stated in the attached schedule to tender, all documents attached herewith should be filled in, signed and submitted through e-procurement site. 5. Public Procurement order(preference to Make in India, 2017) issued by Department of Industrial Policy and Promotion, Ministry of Commerce & Industry, Govt. of India, vide their letter dated 15.06.2017 and notification issued by Ministry of MSME under section 11 of Micro, Small and Medium Enterprises Development Act 2006 shall also be taken into consideration in procurement of Goods & services. 6 You are requested to study the tender document completely and ensure all documents and Annexures to the tender are completely and correctly filled in, signed and stamped where applicable and then upload on CPP portal. 7. CPP Portal i.e. eprocure.gov.in is maintained by National Informatics Centre (NIC). Any technical problem related to uploading the technical bid by participant bidder will be addressed by NIC and their helpline team. No assistance in any manner will be provided by BSF and no request on this behalf will be entertained for extension of tender as well as for acceptance of hard copy. 8. This Tender is NOT transferable.
Signature of the tenderer
Sd/-xxx dtd 22/10/2018 Commandant 160 Bn BSF
For and on behalf of the President of India
Page 3 of 54
CHAPTER- II
INSTRUCTIONS TO BIDDERS
(This Tender Set is not transferable)
Government of India, Ministry of Home Affairs COMMANDANT 160 BN
Border Security Force
Po- Badu, Digberia,. Madhyamgram Distt-North 24 Parganas, Kolkata - 700128 ( WB)
Tele/Fax No: 033 - 25260014, E-mail: [email protected]
Tender No. 1450/Prov/160Bn BSF/Civil - TPT/Tender/2018/25319 Dated, the 22 Oct ’ 2018
For and on behalf of the President of India, Commandant 160 Bn BSF, Digberia, Badu Road,
Madhyamgram, Distt- North 24 Parganas, Kolkata (WB), Pin- 700128 invites advertise tender enquiry / OTE
through online tenders under Two Bid System (Technical and Financial Bid) on the prescribed form, for Hiring
of Civil Transport to shift Stores of 160 Bn BSF as per the detailed in this schedule to tender:-
Sl No. Description of store Qty
As per Schedule of Requirement (Chapter-V and QR/TD at chapter VI)
2. This tender enquiry has the following chapters and appendices:
i Chapter I Invitation to tender (NIT) Page- 01 to 02
ii Chapter II Instructions to bidder Page- 03 to 12
iii Chapter III Instruction for online bid submission Page- 13 to 14
iv Chapter IV Eligibility and qualification criteria Page- 15
v Chapter V Schedule of requirement Page- 16
vi Chapter VI Technical specification & QR &TDs Page- 17
vii Chapter VII General condition of contracts Page- 18-23
viii Chapter-VIII Special condition of contract Page- 24
ix Chapter IX Standard Forms to be filled & uploaded by bidders:
Appendix-1 Proforma for compliance statement for specification/QR &
TD
Page-25
Appendix-2 Offer of Stores Page- 26
Appendix-3 Details of participating firms Page- 27-29
Appendix-4 Manufacturing details of India OEM & System Integrator Page- 30-33
Appendix-5 Details of Foreign OEM & their Indian authorized
distributors
Page- 34-35
Appendix-6 Service centre& workshop details Page- 36
Appendix-7 Performance Statement Format Page- 37
Appendix-8 Bank Guarantee Format for furnishing Earnest Money
(EMD)
Page- 38
Appendix-9 Price Schedule (BOQ) Page- 39
Appendix-10 Proforma for „e-payment‟ Page- 40
Appendix-11 Security Clearance Detail Page- 41
Appendix-12 Declaration Certificate to be furnished by bidder Page- 42
Appendix-13 Integrity Pact Page- 43-48
Appendix-14 Enlistment Application form Page- 49-50
Appendix-15 Check list for tenderers Page- 50-53
Appemdix-16 Abbreviations Page- 54 of 54
Page 4 of 54
3. All tender documents inclusive of NIT, instructions to bidder, special condition, schedule of
requirement, QR & TD and all other relevant document are available at e-Procurement site
https://eprocure.gov.in/eprocure/app. Bidders are advised to download the same and go through in detail.
All Tender documents attached with this invitation to tender including the specifications are
SACROSANCT for considering any offer as complete offer. It is therefore important that Tender
Acceptance Letter which is a written undertaking that all the terms and condition of the tender are
understood and accepted should be signed and submitted only through on line e-Procurement
sitehttps://eprocure.gov.in/eprocure/app.
4. Tenderers are advised to carefully go through all the conditions and documents attached with this
tender enquiry, before uploading the tender. All tender documents attached with the tender are sacrosanct
for considering any offer as a complete offer. Tenderer are also advise to go through checklist.
5. Tenderers must ensure that they have gone through with complete tender documents and read
thoroughly all terms & conditions, schedule of requirement, tenders QRs/TDs. Tenderer will upload the
declaration certificate for the same purpose. All questionnaires along with the various forms & annexure
will be signed in column & on each page and uploaded with their offer, as it is, without any
modification/alteration.
6. In case of any difference between the conditions mentioned in tender enquiry and the
specification/QRs, the condition given in the specifications will be binding.
7. Each the tenderer can quote product/products of one OEM only.
Sd/-xxx dtd 22/10/2018
Signature of the tenderer
Commandant 160 Bn BSF
For and on behalf of the President of India
Page 5 of 54
8. Name of Stores: Hiring of Civil Transport to shift Stores of 160 Bn BSF as per following
details:-
Srl.
No.
TYPE OF CIVIL TRANSPORT DETAILS Qty
(Nos) FROM TO
(i) TRUCKS (LOAD CAPACITY-9 TON) DIGBERIA,
KOLKATA (WB)
KHURDA,
BHUBANESHWAR
(ODISHA)
14
(ii) TRUCKS (LOAD CAPACITY-9 TON) DIGBERIA,
KOLKATA (WB)
MV-03, MALKANGIRI
(ODISHA) 22
9. Earnest Money :
Rs. 62000/-
CRITICAL DATESHEET
10. Date of publication on website 23/10/2018 at 1500 hrs
11. Document download start Date 23/10/2018 at 1600 hrs
12. Document download end Date 14/11/2018 at 1025 hrs
13. Seek Clarification start Date 24/10/2018 at 1100 hrs
14 a) Seek Clarification End Date 27/10/2018 at 1100 hrs
b) Pre bid date & time 29/10/2018 at 1100 hrs
15. a) Bid submission start Date
27/10/2018 at 1130 hrs
b) Bid submission End Date 14/11/2018 at 1030 hrs
16. Bid Opening Date 15/11/2018 at 1100 hrs
Signature of the tenderer
Sd/-xxx dtd 22/10/2018 Commandant 160 Bn BSF For and on behalf of the President of India
Page 6 of 54
17
18
19
20
21
The Purchaser
Inspection Authority
Inspection Officer
Stores Required at (Consignee)
Delivery Period
:
:
:
:
Commandant 160 Bn BSF
Commandant 160 Bn BSF, Digberia, Madhyamgram,
PO- Badu Road, Distt-North 24 Parganas, Kolkata
(WB), Pin-700128.
Board of Officers of BSF
Commandant 160 Bn BSF
a) For Indian Suppliers- Within 10 days from the
date of issue of AT (Supply Order).
b) For Foreign Firms (Bidding Directly):- 15 days
from the date of opening of Letter of Credit. LC
will be opened only after seller confirms having
received all necessary permissions, license to export
etc from his Govt. Seller to confirm receipt of
necessary permissions as early as possible but not
later than 25 days.
c) BSF reserves the right to extend this date in
both cases as per merit.
22. Place of Procedure & Submission of
EMD etc
: Commandant, 160 Bn BSF, Digberia, Badu Road,
Madhyamgram, Kolkata.
Original payment instrument in respect of EMD, duly completed in all respects is to be submitted
at Commandant 160 Bn BSF, PO- Badu Road, Distt-North 24 Parganas, (W.B), Pin-700128 by 13/11/2018
up to 1700 hrs. The copy of this documents must be uploaded along with technical bids by the bidders for
transparency. Late/Delayed/Non submission of originals would result in rejection of bid during online bid
opening. Hard copy of bids will not be accepted.
23. Form of Earnest Money Deposit (EMD):
The EMD having validity of 45 days beyond the final bid validity period be deposited in the following form
only on or before opening of Tender(Technical Bid): Bid/offer validity is 03 months from the date of
tender opening.
23.1 Fixed Deposit Receipt, drawn in favor of DDO, 160 Bn BSF.
23.2 An irrevocable Bank Guarantee (BG) of any Indian Nationalized/Scheduled Bank in Indian Rupees, in
the format supplied with the tender.
24. Bid/ Offer Validity :
03months (90 Days) from date of tender opening. In the absence of any indication in the tender documents
submitted, of the date up to which the offer has been kept valid, it will be taken that the offer will remain
open for acceptance for the period specified in the schedule to tender.
25. Extension of Bid validity & Earnest Money:
If the validity of the tender is extended, the validity of the Bid &Earnest Money will also have to be suitably
extended by the tenderer failing which their tender shall not be considered by the purchaser after the expiry of
the aforesaid period.
26. Clarification on Specifications/QR :-No such requests will be entertained by the purchaser after
clarification end date.
27 Right of Bidders :- Bidder can ask in writing about bidding condition, bidding process and / or rejection of their bid. The
reasons for rejecting a tender or non issuing of tender document to prospective bidder must be disclosed
where enquiries are made by the bidder.
Page 7 of 54
28.
29
Currency of Bidding :-
In Global and Open Tender where the Foreign bidder are allowed to quote price in RBI‟s notified basket of
foreign currency i.e US Dollar or EURO or GBP or Yen in addition to the Indian Rupee except for
expenditure incurred in India which should be stated in Indian Rupee. Indian bidders are to quote in Indian
Rupee (INR) only.
Submission of the proposal in TWO BID SYSTEM: All bidders are required to submit their offers in two
bid. The details is as under:-
29.1 TECHNICAL BID:- It must contain the following:
29.1.1 Tender documents duly completed and signed but without indicating the rate quoted(Scanned copy)
29.1.2 Earnest Money in given schedule format or copies of MSME registration certificates for subject store
with monetary limit, if any (Scanned copy).
29.1.3 The details of the type of transport offered along with the supporting details about the transporter,
registration of vehicles, details of permit to ply the vehicle in the area as per requirement of schedule of the
tender.
29.1.4 Clause by clause compliance to the requirement of load capacity of transport being offered as per
requirement of schedule of tender. Certificate regarding validity of driving license in respect of drivers of the
transport being offered.
29.1.5 Details of roadworthiness of transports being offered, alternative arrangements in case of
breakdown/emergency en-route.
29.1.6 All forms & annexure of T.E. duly filled and signed by the bidder
29.2 COMMERCIAL BID (i) Tenderers should submit price bid (BOQ) filled in as per format available in Appendix-9 of Chapter-VII
and upload the same on CPP Portal http://eprocure.gov.in/eprocure/app.
(ii)The tenderer should give break up of their prices in terms of basic price, applicable GST
(iii) The firm will provide frozen rate list of required spare parts (MRLS) for 5 years after the warranty
period separately.
(iv) Firm will submit no profiting certificate as explained in GST Article 171” (in PDF).
The AMC/CAMC price will not be considered for evaluation as L-1.
30
Evaluation of the Proposal :-
A two stage procedure will normally be adopted:-
30.1 Stage-I: Offer of the firm will be initially examined in accordance to the eligibility criteria of bidder,
availability of uploaded complete tender documents along with essential forms & annexure duly filled and
signed. Suitable EMD or exemption certificate thereof.
30.1.1 Evaluation of Technical Bids and their suitability against the laid down QR‟s/TDs
30.1.2 The purchaser reserves the right to decide upon the methodology for Technical Evaluation.
.
ii) Stage-II:- Financial Evaluation
30.1.10 The price bids of only those firms will be opened whose stores as per schedule of requirement have
been found meeting the all parameters of QR‟s/TDs . The Price Bid will be evaluated accordingly.
30.1.11 For evaluation and comparison of offers on equitable basis, all the quoted prices (with different
currencies) will be converted into a single currency i.e. INR as per the selling exchange rates established by
RBI/SBI as prevailing on the date of opening of Tender.
30.1.12 Successful bidder will be evaluated on the basis of net lowest cost to the Govt.
30.1.13 To provide level play field, the evaluation of commercial bids shall be carried out among all
category bidders i.e. foreign OEM,OEM from SEZ/EOUs and other indigenous OEM. The applicable
custom duty & IGST/GST payable or foregone shall be added on basic price of each unit.
30.1.14 Ranking for consideration Lowest one (L-1) will be decided on the basis of DDP (Delivered Duty
Paid) cost per unit or delivery to consignee basis. It is clarified that commercial bid of Foreign bidders,
Indian distributor of Foreign OEM, Indian manufactures & their authorized distributor, Indian SEZ
manufacture and Indian System Integrator will be compared on the basis of DDP cost per Unit only.
Page 8 of 54
31
32
33
34.
.
.
.
Criteria for awarding the contract :-
Evaluation of successful L-1 bidder will be based on eligibility criteria, qualification criteria,
QR compliant equipment / store and L-1 price.
Compliance Statement:-The firms must submit/upload compliance statement in the format given
in Chapter VI along with technical bid failing which their offer will be treated as incomplete and is
liable to be ignored.
Trial Equipment:- Not Required.
Pre Delivery Inspection(PDI) (If required): -
Inspection procedure (If required):-
(a) The inspection will be guided by the provisions contained in the governing specifications
(QR/TD) and contract/AT as regards to the scope of inspection to be carried out at the pre-delivery
stage and/or final inspection as the case may be. Whether every unit of the supply is to be
inspected or inspections are done on the basis of random sampling is governed by the governing
specification (QR/TD) and/or the BSF orders issued in this regard from time to time till date of
issue of tender enquiry.
(b) When material being supplied is in bulk quantities and it is difficult to examine each and
every piece, the procedures as given in relevant Inspection Process Schedule (IPS) and other BSF
instructions issued from time to time shall be followed. Where no instructions exist, the
guidance of the supervisory officer shall be taken.
The material actually inspected shall be double stamped/sealed and balance single stamped. The
Inspection Note will be endorsed to this effect. However, the detailed BSF Inspection Board is
responsible for the whole consignment.
( c) The BSF Inspection Board would prepare an inspection protocol on the basis of the
manufacturer‟s Quality control facilities and obtain approval of the Presiding Officer concerned
and advise the same to the contractor. The inspection protocol may cover the inspection of sub-
assemblies, bought out components, stage inspection and final inspection of tendered store as
necessary.
(d) On inspection and tests of the plant as per the inspection protocol, inspection reports will be
prepared and signed jointly by the detailed Inspection Board and the manufacturer‟s representative.
The report on inspection of plant and machinery at site would be made jointly with the detailed
BSF Inspection Board and manufacturer‟s representative, and signed.
(e) Pre-delivery inspection of stores and equipment will be carried out at the manufacturer‟s
premises only. The tender specification shall be complete in all respects. The inspection protocol
can be mutually discussed between BSF& manufacturer, if so desired. Cost of PDI will be borne
by purchaser i.e. Govt. Department.
(f) The manufacturers shall bear the laboratory testing including cost of samples expended in
testing. The manufacturer shall carry out his internal pre-inspection and offer only such pre-
inspected stores, conforming to the tender specification.
In case of infructuous visits like stores not ready, pre-inspection not carried out by him or repeated
rejection of stores, the contractor is liable to compensate purchaser all costs of such visits.
(g) The inspection function is carried out in a decentralized fashion. All correspondence can be
made direct to the Trial board detailed by BSF.
.
(h) The inspection would be carried out in accordance with the Tender/AT provisions and
inspection protocol agreed thereof. Such inspection would not relieve the sellers or buyers their
contractual obligations. The certificate issued after inspection would reflect the findings at the
time and place of inspection.
Page 9 of 54
35. Terms of Delivery & Dispatch Instructions:-
(a) Free delivery to consignee basis only for Indian OEM and authorized distributor of Indian/Foreign
OEM.
(b) DDP(Delivered Duty Paid) only for Foreign Firms quoting directly in accordance to
INCOTERMS 2011 and latest version, if any.
All importing Government Department are now allowed to make their own shipping
arrangements. As per extant directive of the Government, airlifting imported goods from aboard
will be done only through national carrier i.e. Air India, where applicable.
36. Payment terms
a) For Indigenous Store:
100% payment will be made after receipt of stores on fulfillment of following conditions :-
(i) Final acceptance of the store, after carrying out JRI Board so detailed.
(ii) Furnishing of performance bond @ 10% of AT value valid from date of final acceptance of
stores valid till two months after expiry of Warranty /Guarantee period laid down, in the shape of
a Bank Guarantee in the required proforma.
For imported stores:
100% payment will be paid against an Irrevocable Letter of Credit i.e. at site or usance,
on presentation of shipping documents, manufacture‟s Inspection Certificate, Guarantee/Warranty
Certificate, Country of Origin Certificate from the Chamber of Commerce of the country of origin
and and following conditions:-
Final acceptance of the store, after carrying out JRIBoard so detailed.
(ii) Furnishing of performance bond @ 10% of AT value valid from date of final acceptance of
stores valid till two months after expiry of Warranty /Guarantee period laid down, in the shape of
a Bank Guarantee in the required proforma. Payment will be made within 30 days from
submission of bills after successful JRI.
37. Mode of Payment:- Payment will be made through “e-payment” for which duly completed
proforma has to be submitted.
38. Purchase/ Price Preference Clause:
The Purchaser preference will be given in accordance to Rule 153 of GFR 2017and clause 1.10.4 of
Chapter. I of Manual for procurement of Goods 2017,Ministry of Finance, Department of
Expenditure(GOI) and MSMED Act 2006 and Public procurement order (Preference to Make
in India) 2017 issued by Department of Industrial Policy and Promotion letter dated 15.06.2017,.
38.01 The brief of price preference as mentioned in clause 1.10.4 of Chapter. I of Manual for
procurement of Goods 2017,Ministry of Finance, Department of Expenditure(GOI) to be followed
is as under :-
In tender, participating Micro and Small Enterprises (MSE) quoting price within price band of
L1+15(fifteen) percent shall also be allowed to supply a portion of requirement by bringing down
their price to L1 price in a situation where L1 price is from someone other than a MSE and such
MSE shall be allowed to supply up to 20(twenty) percent of total tendered value. The 20(twenty)
percent quantity is to be distributed proportionately among these bidders, in case there are more
than one MSEs within such price band.
(b) Within 20 %( Twenty percent) quantity, a purchase preference of four percent (that is,
20(twenty) percent out of 20(twenty) percent) is reserved for MSEs owned by Scheduled Caste
(SC)/Scheduled Tribe (ST) entrepreneurs (if they participate in the tender process and match the
L1 price). Provided that, in event of failure of such SC/ST MSE to participate in tender process or
meet tender requirements and L1 price, four percent sub-target shall be met from other MSE.
MSEs would be treated as owned by SC/ST entrepreneurs.
.
Page 10 of 54
38.02 The brief of Public Procurement order 2017 (Preference to Make in India ) issued by Ministry of
Commerce & Industry dated 15.6.2017, to be followed is as under :-
(i) Purchase preference shall be given to local supplier in all procurement undertaken by procuring
entities in the manner specified hereunder ;-
(a) In procurement of goods in respect of which the Nodal Ministry has communicated that there is
sufficient local capacity and local competition, and where the estimated value of procurement is Rs. 50
lakhs or less, only local suppliers shall be eligible. If the estimated value of procurement of such goods
is more than Rs. 50 lakhs, the provisions of sub-paragraph b or c as the case may be, shall apply.
(b) In the procurements of goods which are not covered by paragraph (a) and which are divisible in
nature, the following procedure shall be followed :-
(i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier,
the contract for full quantity will award to L1.
(ii) If L1 bid is not from a local supplier, 50% of the order quantity shall be awarded to L1.
Thereafter, the lowest bidder among the local suppliers will be invited to match the L1 price for the
remaining 50% quantity subject to the local supplier‟s quoted price falling within the margin of
purchase preference, and contract for that quantity shall be awarded to such local supplier subject to
matching the L1 price. In case such lowest eligible local supplier fails to match the L1 price or accepts
less than the offered quantity, the next higher local supplier within the margin of purchase preference
shall be invited to match the L1 price for remaining quantity and so on, and contract shall be awarded
accordingly. In case some quantity is still left uncovered on local suppliers, then such balance quantity
may also be ordered on the L1 bidder.
(c) In procurements of goods not covered by sub-paragraph (a) and which are not divisible, and in
procurement of services where the bid is evaluated on price alone, the following procedure shall be
followed
(i) Among all qualified bids, the lowest bid will be termed as L1,is from a local supplier, the contract will
be awarded to L1.
(ii) If L1 is not a local supplier, the lowest bidder among the local suppliers, will be invited to match the
L1 price subject to local supplier‟s quoted price falling within the margin of purchase preference, and
the contract shall be awarded to such local supplier subject to matching the L1 price.
(iii) In case such lowest eligible local supplier fails to match the L1 price, the local supplier with the
next higher bid within the margin of purchase preference shall be invited to match the L1 price and so
on and contract shall be awarded accordingly. In case none of the local suppliers within the margin of
purchase preference matches the L1 price, then the contract may be awarded to the L1 bidder.
(ii) Exemption of small purchases: - Not withstanding anything contained in paragraph (a)
to (c) procurements where the estimated value to be procured is less than Rs. 5 lakhs shall be exempt
from this Order. However, it shall be ensured by procuring entities that procurement is not split for the
purpose of avoiding the provisions of this Order.
(iii) Minimum local content: The minimum local content shall ordinarily be 50%. The
Nodal Ministry may prescribe a higher or lower percentage in respect of any particular item and may
also prescribe the manner of calculation of local content.
(iv) Margin of Purchase Preference: The margin of purchase preference shall be 20%.
(v) Verification of local content :
(a) The local supplier at the time of tender, bidding or solicitation shall be required to
provide self-certification that the item offered meets the minimum local content and shall give details of
the location(s) at which the local value addition is made.
(b)False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h) of General
Financial Rules for which a bidder or its successors can be debarred for upto two years as per Rule
151(iii) of the General Financial Rules along with such other actions as may be permissible under law.
(c) A supplier who has been debarred by any procuring entity for violation of this Order shall not be
eligible for preference under this Order for procurement by any other procuring entity for the duration
of debarment. The debarment for such other procuring entities shall take effect prospectively from the
date on which it comes to the notice of other procurement entities in the manner prescribed under
paragraph (v) ibid.
Page 11 of 54
39. Security Deposit:
The successful tenderer will be required to furnish Security Deposit @ 10% of the contract value
within 30 days of award of contract, for the due performance of the contract. Failure on the part of
the supplier to deposit the security deposit within the stipulated time will make the order null &
void.
40. Guarantee/Warranty Terms:
If not specified in QRs/Specification, the tenderer will be responsible to carry the Stores of 160 Bn
BSF in the specified transport from and to the destination as specified in the schedule of
requirement of the TE.
As per the guidelines given in directive manuals mentioned in Chapter-II of T.E., as amended till
date, along with provisions of Conditions of tender/contract attached will be applicable. In case
stores/part of stores are found defective/damaged during inspection after delivery to consignee, the
suppliers will replace or repair the store under warranty at consignee‟s location in India free of cost
and thereafter will be allowed to lift the rejected stores.
41. Performance Bond
41.1 All successful tenderers against the Tender Enquiry irrespective of their registration status
with MSME shall be required to furnish performance security bond valid upto the laid down period
given in the A/T
41.2 The successful tenderer will have to submit a Performance Guarantee/ Warranty Bond
equivalent to 10% of the Contract / Order value, valid till two months after the expiry of the
Warranty/ Guarantee period in the shape of a Bank Guarantee in the required proforma which will be
supplied along with the AT.
41.3 The Performance Guarantee / Warranty Bond will come into force after the receipt and final
acceptance of the stores. Final Acceptance will be from the date of acceptance of the inspection
report of JRI.
41.4 Firms will have to direct their banker to extend the Performance bond to be valid till two months
after the expiry of Warranty/ Guarantee Period, if required. Where the Performance Bank Guarantee
is obtained by a foreign bank, it shall be got confirmed by a Scheduled Indian Bank and shall be
governed by Indian laws and be subject to the jurisdiction of courts of the place of issue of the
Acceptance of Tender (AT).
42.
Tolerance Clause:
The purchaser reserves the right to place order on the successful tenderer for additional quantity up
to 25% of the quantity offered by them at the rates quoted by them at the time of placement of
contract or during the currency of the contract. In accordance to clause 9.3 of Manual for procurement
goods 2017, MOF.
Page 12 of 54
43
44
45
Liquidated Damages:
In case the firm does not complete the supply within the laid down agreed delivery period as per
contract, action will be taken against the firm as per Clause 9.7.9, 9.7.10 & 9.7.11 of Manual for
procurement goods 2017,MOF.
Lab Test report :-
Lab test report not required.
Requirement of tender sample:- Not Required.
46 Conditions of Contract:
As contained Chapter 9 of Manual for procurement goods 2017,MOF and contained in the GFR
2017, Manual of Ministry of Finance for procurement of goods & all orders issued by MHA, CVC and other relevant departments of Government of India from time to time.
47 Jurisdiction & Arbitration:
This tender and subsequent contract if any are subject to the jurisdiction of Indian Laws and Courts at
the place of issue of the Tender. Sole Arbitration is appointed by the DG BSF. For details refer to
Clause 9.9.1 and 9.9.2 of Manual for procurement goods 2017,MOF.
48 The bidding firm has to give a self certificate to the effect that it has not been
blacklisted/debarred/suspended by any Central Ministry/Department, State Govt., PSUs or
Banks etc. The certificate has to be scanned and uploaded alongwith the tender documents. If it is
subsequently established or found that the bidding firm has given any false information or facts
or has suppressed facts of manipulated the documents etc, the earnest money deposit or the
performance security deposit, as the case may be, will be forfeited and no excuse what so ever
will be entertained therefore.
49 No bidding firm will be allowed to withdraw its bids after technical bids have been opened. If any firm
intends to withdraw after opening of technical bids, its EMD will be forfeited.
50 If after award of the contract, the successful bidder (L1) fails to provide required number of tendered
stores, the contract is liable to be cancelled along with forfeiture of performance security deposit and
other consequential actions such as blacklisting of the firm etc.
51 The purchaser reserves the right to increase or decrease the quantity of the stores at any stage or
to cancel or reject any/all of the tendered requirements without assigning any reasons.
52 For any change in terms and condition of tender/tender specifications, the Tenderers are requested to
visit CPP e-Procurement site https://eprocure.gov.in/eprocure/app regularly.
Page 13 of 54
CHAPTER-III
Instructions for online Bid submission
Instructions to the Bidders to submit the bids online through’ the Central Public Procurement
Portal for e Procurement at https://eprocure.gov.in/eprocure/app
1) Possession of valid Digital Signature Certificate (DSC) and enrollment/registration of the
contractors/bidders on the e-Procurement/e-tender portal is a prerequisite for e-tendering.
2) Bidder should do the enrollment in the e-Procurement site using the “Click to Enroll” option available
on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders
should provide the correct/true information including valid e-mail ID. All the correspondence shall be
made directly with the contractors/bidders through e-mail ID provided. Bidder need to login to the site
through‟ their user ID / password chosen during enrollment / registration.
3) Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued
by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/SmartCard,
should be registered.
4) The DSC that is registered only should be used by the bidder and should ensure safety of the same.
5) Contractor/Bidder may go through the tenders published on the site and download the required tender
documents/schedules for the tenders he/she is interested. After downloading / getting the tender
document/schedules, the Bidder should go through‟ them carefully and then submit the documents as
asked, otherwise bid will be rejected.
6) If there are any clarifications, this may be obtained online through‟ the tender site, or through‟ the
contact details. Bidder should take into account the corrigendum published before submitting the bids
online.
7) Bidder then logs into the site through the secured log in by giving the user id/password chosen during
enrolment/registration and then by giving the password of the eToken/SmartCard to access DSC.
8) Bidder selects the tender which he/she is interested in by using the search option & then moves it to the
„my tenders‟ folder. From my tender folder, he selects the tender to view all the details indicated.
9) It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder
should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid
will be rejected.
10) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document/schedule and generally, they can be in PDF/xls/rar/zip formats. If there is more than one
document, they can be clubbed together and can be provided in the requested format. Each document to be
uploaded through online for the tenders should be less than 2 MB. If any document is more than 2MB, it
can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be
scanned with 100 dpi with12 black and white option. However of the file size is less than 1 MB the
transaction uploading time will be very fast.
11) If there are any clarifications, this may be obtained through the site, or during the pre-bid meeting if
any. Bidder should take into account the corrigendum published from time to time before submitting the
online bids.
12) The Bidders can update well in advance, the documents such as certificates, annual report details etc.,
under My Space option and these can be selected as per tender requirements and then send along with bid
documents during bid submission. This will facilitate the bid submission Process faster by reducing
upload time of bids.
Page 14 of 54
13) Bidder should submit the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date &
time for the tender. Scanned copy of the instrument should be uploaded as part of the offer.
14) While submitting the bids online, the bidder reads the terms & conditions and accepts the same to
proceed further to submit the bid packets.
15) The bidder has to select the payment option as offline to pay the EMD as applicable and enter details
of the instruments.
16) The details of the DD/any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid
will not be acceptable.
17) The bidder has to digitally sign and upload the required bid documents one by one as indicated.
Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall
be deemed to be a confirmation that they have read all sections and pages of the bid document including
General conditions of contract without any exception and have understood the entire document and are
clear about the requirements of the tender requirements. The bidder has to upload the relevant files
required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected.
18) Tenderers should fill up price bid as per format available in Appendix-9 of Chapter-VII and upload
the BOQ sheet inCPP Portal http://eprocure.gov.in/eprocure/app
19) The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting
Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA
will not be held responsible for any sort of delay or the difficulties faced during the submission of bids
online by the bidders at the eleventh hour.
20) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the
acknowledgement number, given by the system should be printed by the bidder and kept as a record of
evidence for online submission of bid for the particular tender and will also act as an entry pass to
participate in the bid opening date.
21) The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all
actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow
this time during bid submission.
22) All the data being entered by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid
submission & not be viewable by any one until the time of bid opening.
23) Any bid document that is uploaded to the server is subjected to symmetric encryption using a system
generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers
public keys. Overall, the uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
24) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption
technology is used. Data storage encryption of sensitive fields is done.
25) The bidder should logout of the tendering system using the normal logout option available at the top
right hand corner and not by selecting the (X) exit option in the browser.
26) For any queries regarding e-tendering Process, the bidders are requested to contact as provided in the
tender document. Parallel for any further queries, the bidders are asked to contact over phone: 1-800-233-
7315 or send a mail over to –[email protected] .
Page 15 of 54
CHAPTER-IV
ELIGIBILITY AND QUALIFICATION CRITERIA
1. Eligibility Criteria :-
1.1 Only those firms which are registered transporter or first and genuine authorized/dealer/ agent
of the registered transporter are eligible to quote in the tender.
1.2 The authorized /agents quoting or behalf of their foreign principal would be treated as
agent and they should be registered with DGS&D under the compulsory registration of
Indian agent of foreign principal.
1.3 Transporter can either bid themselves or their authorized and agent can bid on their
behalf.
1.4 One transporter cannot authorized two dealers/ agent to quote on its behalf in the
tender.
1.5 Authorized dealers and agent should attach a certificate from the principals assuring
their association for at least next 01 year from the date of tender opening.
1.6 In case of agent/ distributor/ dealer bidding on behalf foreign principal, the foreign
principal will have to fill the details as per proforma at Appendix-5.
1.7 Bidders should have satisfactory past performance and to submit the performance for
last two years. The details be furnished as per proforma at Appendix- 7.
2. Qualification criteria:-
Supplier past performance, experience, technical competence and production capacity of the
tendered goods, financial strength to handle the contract successfully and compliance with environmental
protection regulation will be taken into account to ascertain the appropriate qualification.
3. Criteria for determining the responsiveness of bid :-
All factors will be taken into account for evaluating the bids on common platform and criteria for
awarding the contract to responsive and most advantageous bidder.
If a firm quotes NIL charges/consideration, the bid shall be treated as unresponsive and will not be
considered.
Signature of the tenderer Sd/-xxx dtd 22/10/2018
Commandant 160 Bn BSF
For and on behalf of the President of India
Page 16 of 54
CHAPTER-V
SCHEDULE OF REQUIREMENT
Tender No. 1450/Prov/160Bn BSF/Civil - TPT/Tender/2018/ 25319 Dated, the 22 Oct 2018
Hiring of Civil Transport to shift Stores of 160 Bn BSF as per details mentioned below:-
Srl. No. TYPE OF CIVIL TRANSPORT DETAILS Qty
(Nos) FROM TO
(i) TRUCKS (LOAD CAPACITY-9
TON)
DIGBERIA,
KOLKATA (WB)
KHURDA
BHUBANESHWAR
(ODISHA)
14
(ii) TRUCKS (LOAD CAPACITY-9
TON)
DIGBERIA,
KOLKATA (WB)
MV-03, MALKANGIRI
(ODISHA)
22
Signature of the tenderer Sd/-xxx dtd 22/10/2018
Commandant 160 Bn BSF
For and on behalf of the President of India
Page 17 of 54
CHAPTER VI
Technical specification / QR & TDs
TYPE OF TRANSPORT:- Civil Truck (Loading Capacity -9 Ton each)
Hiring of Civil Transport to shift Stores of 160 Bn BSF as per details mentioned below:-
Srl. No. TYPE OF CIVIL
TRANSPORT
DETAILS Qty
(Nos)
Total appx.
Weight
required to
be carried (in
Ton) FROM TO
(i) TRUCKS
(LOAD CAPACITY-9 TON)
DIGBERIA,
KOLKATA (WB)
KHURDA,
BHUBANESHWAR
(ODISHA)
14 126
(ii) TRUCKS
(LOAD CAPACITY-9 TON)
DIGBERIA
KOLKATA (WB)
MV-03,
MALKANGIRI
(ODISHA)
22 198
Signature of the tenderer
Sd/-xxx dtd 22/10/2018 Commandant 160 Bn BSF
For and on behalf of the President of India
Page 18 of 54
CHAPTER-VII
GENERAL CONDITIONS OF CONTRACT
1. All appendices, attached with the TE, should be duly filled in and are sacrosanct for considering
any offer as a complete offer.
2. The conditions of contract, which will govern any contract made, are contained in the:
2.1 The conditions of contract which will govern any contract made are contained in the GFR
2017, Manual of Ministry of Finance for procurement of goods 2017 & all orders issued by
MHA, CVC and other relevant departments of Government of India from time to time till date of
issue of this tender.
2.2 Public Procurement order(preference to Make in India, 2017) issued by Department of
Industrial Policy and Promotion, Ministry of Commerce & Industry, Govt. of India, vide their
letter dated 15.06.2017 and notification issued by Ministry of MSME under section 11of Micro,
Small and Medium Enterprises Development Act 2006 shall also be taken into consideration in
procurement of Goods & services.
2.3 Any special conditions attached to this invitation to tender will also form part of the
conditions of contract and will supersede any general conditions. 3. Amendments:-
The amendment made by Central Government from time to time in policy and instructions will be
adhere to.
4 Definition:
"Secretary" means Secretary of Ministry of Home Affairs for the time being in the administrative
charge of the subject matter of contract and included Special Secretary, Additional Secretary, Joint
Secretary or Director or Deputy Secretary in Ministry of Home Affairs.Director General, Inspector
General, Dy. Inspector General, Commandant in BSF (MHA) and every other officer authorized
for the time being to execute contracts relating to purchase and supply of stores on behalf of the
President of India.
5 ARBITRATION
In the event of any question, dispute or difference arising under these conditions or any special
conditions of contract, or in connection with this contract (except as to any matters, the decision of
which is specifically provided for by these or the special conditions), the same shall referred to the
Sole Arbitration of the DG, BSF, Min. of Home Affairs or of some other person appointed by him.
It will be no objection that the Arbitrator is a Government Servant that he had to deal with the
matters to which the contract relates or that in the course of his duties as a Government servant he
has expressed views on all or any of the matters in dispute or difference. The award of the
Arbitrator shall be final and binding on the parties to this contract, it is term of this contract that:
5.1 If the arbitrator be the DG, BSF, Ministryof Home Affairs:
i) In the event of his being transferred or vacating his office by resignation or otherwise, it
shall be for his successor in office either to Proceed with the reference himself or to
appoint another person as Arbitrator : or
ii) In the event of his being unable to act or becoming incapable of acting for any reason it
shall be lawful for him to appoint another person as Arbitrator.
Page 19 of 54
5.2 If the arbitrator be a person appointed by the DG, BSF, Min. of Home Affairs:- In the event
of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason
or his award being set aside by the Court for any reason, it shall be lawful for the DG, BSF,
Min. of Home Affairs either to Proceed with the reference himself or to appoint another
person as Arbitrator in place or the outgoing Arbitrator. In every such case, it shall be lawful
for the DG, BSF, Min. of Home Affairs in place of the outgoing Arbitrator, as the case may be
to act on the record of the Proceedings as then taken in the arbitration, or to commence the
Proceedings de novo, as he may at his discretion decide.
5.3 It is further a term of this contract that no person other than DG, BSF, Min. of Home Affairs
or the person appointed by him should act as arbitrator and that if for any reason that is not
possible, the matter is not to be referred to arbitration at all.
5.4 The Arbitrator, may with the consent of all the parties to the contract enlarge the time from
time to time for making and publishing the award.
5.5 Upon every and any such reference, the assessment of the cost incidental to the reference and
award respectively shall be in the discretion of the Arbitrator.
5.6 Subject as aforesaid, the Arbitration and Conciliation Act, 1996 and the rules there under and
any statutory modifications thereof for the time being in force shall be deemed to apply the
arbitration Proceedings under this clause.
5.7 The venue of arbitration shall be the place where the contract is concluded or such other place
as the DG, BSF at his discretion may determine.
5.8 In this clause the expression DG, BSF, Min. of Home Affairs, means the DG, BSF for the time
being & includes, if there be no DG, BSF, the officer who is for the time being the
administrative head of the BSF. Min of Home Affairs whether in addition to other functions or
otherwise.
..
6. EARNEST MONEY DEPOSIT
6.1 All firms who are not registered as MSEs as defined in Procurement Policy issued by MSME for
the subject stores for which the offer is being invited, are required to deposit EARNEST MONEY
equivalent to the amount as mentioned in the tender schedule.
6.2 For claiming exemption from depositing earnest money, tenderer should be registered with
MSME/NSIC/Udyog Aadhar for the subject stores for which the offers have been invited. Firms
not registered for stores indicated in the tender schedule will be treated as unregistered and shall
be required to deposit specified Earnest Money.
6.3 Earnest money can be deposited in only any one of the following forms:
6.4 A Fixed Deposit Receipt drawn in favour of DDO 160 Bn BSF, Digberia, PO- Badu Road, Distt- 24 PGS (N) payable at SBI, MADHYAMGRAM, CHOWRASTA (Code No. 14819, IFSC – SBIN0014819, MICR - 700002383) and should be valid upto validity period of the offer.
6.5 An irrevocable Bank Guarantee (BG) in Indian Rupees in the format supplied with the tender of
any Indian Nationalized/Scheduled Bank.
6.6 The earnest money shall be valid and will remain deposited with the purchaser for the period the
offer is valid. If the validity of the tender is extended, the validity of EM document submitted by
the tenderer shall also be suitably extended by the tenderer, failing which his tender, after the expiry
of the period shall not be considered by the Purchaser.
Page 20 of 54
6.7 No interest shall be payable by the purchaser on the EM deposited by the tenderer.
6.8 The EM deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogates
from the tender in any respect within the period of validity of his tender.
6.9 The EM of the successful tenderer shall be returned after the security deposit is furnished as per
AT. If the successful tenderer fails to furnish the security deposit as required in the contract within
the stipulated period, the Earnest Money shall be liable to be forfeited by the purchaser.
6.10 EMD of the unsuccessful tenders shall be returned after finalization of tender. Tenderers are
advised to send a pre-receipted challan along with their bids to facilitate refund of Earnest Money
in time.
6.11 Any tender received from firm which is not registered with MSME/NSIC/Udyog Aadhar as Micro
& Small Enterprises for the tendered stores, and is not accompanied with required Earnest Money
in prescribed form, is liable to be rejected. Registration with any other authority will not exempt the
firm from depositing earnest money.
6.12 In place of bid Security, Bidders to sign a Bid Security declaration accepting that if Firm withdraw
or modify their bids during the period of validity or if Firm is awarded with the contract and it fail
to sign the contract, or to submit a performance security before the deadline defined in the request
for bid documents, Firm will be suspended for the period of time specified in the request for bid
documents from being eligible to submit bids for contracts with entity that invited the Bids.
7. GUARANTEE/WARRANTY:-
7.1 Except otherwise provided in the invitation to tender the contractor hereby declares that the goods/
Stores/articles/equipment sold/supplies to the purchaser/consignee under this contract shall be of
best quality and workmanship and new in all respects and shall be strictly in accordance with the
specification and particulars mentioned/contained in the contract.
7.2 The contractor hereby guarantees that the said goods/stores/articles would continue to confirm to
the description and quality aforesaid for a period of 36 Months from the date of receipt of
goods/articles/stores/equipment in good condition at site by the consignee in case of supply
contracts and twelve months from the date of installation and satisfactory taking over of the
goods/stores/articles/equipment at site by consignee where installation and commissioning is
involved and notwithstanding the fact that the purchase/inspection authority has inspected and/or
approved the said goods/stores/articles/equipment or such if during the 36 Months the said
goods/stores/articles/equipment be discovered not to confirm to the description and quality
aforesaid or not giving satisfactory performance or have deteriorated and the decision of the
purchase/consignee in that behalf shall be final and binding on the contractor/seller and the
purchaser shall be entitled to call upon the contractor/seller to rectify the
goods/stores/articles/equipment or such portion thereof as is found to be defective by the
purchaser within a reasonable period or such specified period as may be allowed by the purchaser
in his discretion on application made thereof by the contractor/seller, and in such an event, the
above period shall apply to the goods/stores/articles/equipment rectified from the date of
rectification mentioned in the warranty thereof, otherwise the contractor/seller shall pay the
purchaser such compensation as may arise by reason of the breach of warranty therein contained.
7.3 Guarantee that they will supply the spare parts, if and when required on agreed basis for an agreed
price. The agreed basis could be and including but without limitation an agreed discount on the
catalogue price or an agreed percentage of profit on landed cost.
7.4 Warranty to the effect that before going out of production for the spare parts they will give
adequate notice to the purchaser of the equipment so that the later may undertake the balance
of lifetime requirements.
7.5 Warranty to the effect that they will make available the blue prints of drawing of spares if and
Page 21 of 54
when required in connection with the main equipment.
8. PRICE:
The Price quoted shall be on firm and fixed basis subject to no variation whatsoever during
the currency of the contract.
9. PATENT AND OTHER INDUSTRIAL/ INTELLECTUAL PROPERTY RIGHT
The prices quoted in the present tender shall be deemed to include all amounts payable for the use
of patents, copyright, registration charges, trademarks and payment for any other industrial
property/rights. The tender shall identify the Purchaser against all claims from a third party at any
time on account of infringement of any or all the rights mentioned in the previous paragraphs,
whether such claims arise in respect of manufacture or the use. The tenderer shall be responsible
for the completion of the supplied, irrespective of the fact of infringement of any or all the rights
mentioned above.
10. TRANSFER AND SUB-LETTING
The tenderer has no right to give, bargain, sell, assign or sublet or otherwise dispose of the
resultant contract or any part thereof as well as to give or to let a third party take benefit of
advantage of the resultant contact or any part thereof.
11. PENALTY FOR USE OF UNDUE INFLUENCE:
The seller should undertake that he has not given, offered or promised to give directly or indirectly
any gift, consideration, reward, commission, fees brokerage of inducement to any person in
service of the Purchaser or otherwise in Procuring, the Contract or Forbearing top do or for having
done or forborne to do any act in relation or execution of the Contract or any other Contract with
the Government for showing or forbearing to show favour or disfavor to any person in relation to
the Contract or any other Contract with the Government. Any breach of the aforesaid undertaking
by the seller or any one employed by him or acting on h is behalf (whether with or without the
knowledge of the seller) or the commission of any offers by the seller or any one employed or
acting on his behalf , as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of
Corruption Act, 1947 or any other Act enacted for the prevention of corruption shall entitle the
Purchase to cancel the contract and all or any other Contract with the Seller and recover from the
Seller the amount of any loss arising from such cancellation. A decision of the Purchaser or his
nominee to the effect that a breach of the undertaking had been committed shall be final and
binding on the seller. Giving or offering of any gift, bribe or inducement or any attempt at any
such act on behalf of the seller towards any officer/employee of the Purchaser or to any other
person in a position to influence any officer/employee of the Purchaser for showing any favor in
relation to this or any other contract, shall render.
12. PAST PERFORMANCE:-
Bidders must enclose performance statement for the previous years in the proforma supplied with
the tender as per Appendix-7.The decision on the assessment of the past performance of the
tenderer by DG, BSF is final.
13. SPECIAL CONDITIONS:
13.1 Fall Clause
13.1.1 The Bidder undertakes that he has not supplied/is not supplying the similar systems or
subsystems at a price lower than that offered in the present bid in respect of any other
Ministry/Department of the Government of India and if it is found at any stage that the similar
system or sub –system was supplied by the Bidder to any other Ministry/Department of the
Government of India at a lower price, then that very price with due allowance for elapsed time,
will be applicable to the present case and the difference in the cost would be refunded by the
Bidder to the Buyer, if the contract has already been concluded.
13.1.2 The bidder shall strive to accord the most favoured customer treatment to the buyer in
respect of all matter pertaining to the present case.
Page 22 of 54
13.2 RISK PURCHASE CLAUSE
13.2.1 In the event of failure of suppler to deliver or dispatch the stores or provide the required services
within the stipulated dates/period of the supply order /AT, or in the event of breach of any of the
terms and condition of the AT, the purchaser will have the right to purchase the subject store
elsewhere at the risk and cost of defaulting supplier after giving a notice to defaulting supplier.
The cost as per Risk Purchase exercise may be recovered from the bills pending with the supplier
even against any other supplies outside this contract or even from the pending bills with any other
Govt. Department/Ministry.
13.2.2 In the event of contract being cancelled for any breach committed and the purchaser effecting re-
purchase of the subject store at the risk and cost of contractor, the purchaser is not bound to accept
the lower offer of Benami or allied sister concern of the contractor.
13.3 Any information furnished by the bidder in support of their eligibility of tender conditions,
past performance, registration status with concerned Government Agency and all other
relevant to the tender find fake, incorrect or fraudulent, then the bidder will be liable for
forfeiture of EMD, Security Deposit, cancellation of contract and further Debarment from
BSF as well as other Central Government Department’s tender and other legal recourse
thereof.
13.4 All bidders are liable to field their equipment for trial within given date & time at a desired
place. Failing which EMD of the bidder shall be liable to be forfeited without any further
notice.
14. In case of any defect in supply or manufacturing or not conforming to technical specifications,
observed during survey at consignee location or later during the warranty period, the tenderer will
be liable to replace the defective store at their cost.
15. LAWS GOVERNING THE CONTRACT
The contract shall be governed by the laws of India for the time being in force. The contract shall
be interpreted in accordance with these laws.
16. JURISDICTION OF COURT:
The Court of the New Delhi shall alone have a jurisdiction to decide any dispute arising out of or
in respect of the contract.In the case of dispute or difference arising between the purchaser and the
supplier relating to any matter arising out of or connected with the contract, such dispute or
difference shall be settled in accordance with the Indian Arbitration and Conciliation Act,
1996.Arbitration Proceedings shall be held at New Delhi, India and the language of the arbitration
Proceedings and that of all documents and communications between the parties shall be English.
17. FORCE MAJEURE CLAUSE
If at any time, during the continuance of this contract, the performance in whole or in part by
either party of any obligation under this contract shall be prevented or delayed by reason of any
war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions,
epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to “event”)
provided, notice of the happening of any such event is given by either party to the other within 21
days from the date of occurring thereof, neither party shall by reason of such event, be entitled to
terminate this contract nor shall either party have any claim for damages against the other in
respect of such non-performance or delay in performance, and deliveries under the contract. The
contract shall be resumed as soon as practicable after such event has come to an end or ceased to
exist, and the decision of the Purchaser as to whether the deliveries have been so resumed or not,
shall be final and conclusive, PROVIDED FURTHER that if the performance in whole or part or
any obligation under this contract is prevented or delayed by reasons of any such event for a
period exceeding 60 days, either party may at its option terminate the contract provided also that if
the contract is terminated under this clause, the purchaser shall be at liberty to take over from the
Page 23 of 54
contractor at a price to be fixed by the Purchaser, which shall be final all unused, undamaged and
acceptable materials, brought out components and stores in course of manufacture in the
possession of the contractor at the time of such termination or such portion thereof as the
purchaser may deem fit excepting such materials, bought out components and stores as the
contractor may with the concurrence of the purchase elect to retain.
18. TERMINATION OF CONTRACT
18.1 Time shall be the essence of the contract. The purchaser shall have the right to terminate this
contract without any notice in part or in full in any of the following cases:
18.1.1 The delivery of the material is delayed for causes not attributed to Force Majeure after the
scheduled date of delivery.
18.1.2 The seller is declared bankrupt or becomes insolvent.
18.1.3 The delivery material is delayed due to causes of Force Majeure by more than 60 days.
18.1.4 In case Security Deposit or Performance Security is not furnished within the time period specified
in the A/T.
18.1.5 Any incorrect information regarding eligibility criteria and other tender condition furnished by the
bidder found at later stage then A/T(Supply order) will be cancelled alongwith forfeiture of
security deposit/performance bond.
19 Bulk supplies in the case of successful Tenderer should conform to tender samples accepted in
trial evaluation in all respect besides specifications mentioned in Chapter-IV.
20 Any change in Address/Telephone/Fax/e-mail should be immediately informed. The state of non-
communication by the firm will make the offer liable for rejection.
21. GOVT. REGULATIONS
It shall also be confirmed that there are no Govt. restrictions or limitation in the country of the
supplier or countries from which sub-components are being procured and/or for the export of any
part of the system being supplied. Suppliers/Contractors shall provide a certificate this effect.
22 For any change in terms and condition of tender/tender specifications, the Tenderers are requested
to visit CPP e-Procurement site https://eprocure.gov.in/eprocure/appregularly.
23. Any query/Representation be addressed to Commandant 160 Bn BSF, PO-Badu Road, Distt- North 24 Parganas W.B, PIN-700129 Telephone & Fax No. 033-25260014.
Page 24 of 54
CHAPTER-VIII
Special condition of contract
The transporter will have to cater/arrange for the replacement /rectification of any of the
transport in case of any break-down/emergency en-route at its own cost.
Sd/-xxx dtd 22/10/2018
Signature of the tenderer COMMANDANT
160 BN BSF
For and on behalf of the President of India
(..............................)
DIG (Comn) FTR HQ BSF PB
behalf of the President of India
Page 25 of 54
CHAPTER-IX
APPENDIX-1
Proforma for Compliance Statement for Specification/QR&TDs :
(a) Name of Item:
(b) Brand of Item :
(c) Country of origin:
(d) Make & Lot No. :
(e) Tenderers are requested to give Compliance of each Specification whether equipment being
offered by them is complying with Specification or otherwise as per proforma below:-
Hiring of Civil Transport to shift Stores of 160 Bn BSF as per details mentioned below:-
Srl.
No.
TYPE OF CIVIL
TRANSPORT
DETAILS Qty
(Nos)
Total appx. Weight
required to be
carried (in Ton)
Complied/
Not Complied
FROM TO
(i) TRUCKS
(LOAD
CAPACITY-9
TON)
DIGBERIA,
KOLKATA
(WB)
KHURDA,
BHUBANESHWAR
(ODISHA)
14 126
(ii) TRUCKS
(LOAD
CAPACITY-9
TON)
DIGBERIA,
KOLKATA
(W.B)
MV-03,
MALKANGIRI
(ODISHA)
22 198
Signature of the tenderer
Sd/-xxx dtd 22/10/2018
COMMANDANT
160 BN BSF
For and on behalf of the President of India
Page 26 of 54
APPENDIX-2
OFFER OF STORES
To
The Commandant 160 Bn BSF, Digberia, PO-Badu Road, Distt- North 24 Parganas Pin-700129, West Bengal
Dear Sir,
I/We hereby offer to supply the stores detailed in the schedule hereto or such portion thereof as
you may specify in the Acceptance of Tender at the price given in the said schedule and agree to hold this
offer open till_______________. I/We shall be bound by a communication of acceptance within the
prescribed time.
2. I/We have understood the instructions of contract which will govern by Rules contained in the
GFR 2017, Manual of Ministry of Finance for procurement of goods 2017& all orders issued by
MHA, CVC and other relevant departments of Government of India from time to time till date of
issue of this tender, placed by the Central Purchase Organization of the Government of India”, as
amended up to date. I/We have also understood that any special conditions attached to this invitation to
tender will also form part of the conditions of contract and will supersede any general condition.
3. The following pages have been added to and form part of this tender.
(a)________________________
(b) __________________________
(c ) __________________________
(d) __________________________
Yours faithfully,
SIGNATURE OF WITNESS (SIGNATURE OF TENDERER)
ADDRESS: ADDRESS:
DATED:
Full Name and Address: Post Box No. : (It should be quoted in all communications to this office.)
Contractors Telegraphic Address: Telephone No(s) : Fax No. : City Code used :
:
Page 27 of 54
APPENDIX-3
DETAILS OF PARTICIPATING FIRMS
1. a) Details of authorized Signatory of Participating Bidder :
Name, :-
Address, : -
Email& website,if any :-
Telephone and fax no :-
b) Capacity in which filling the tender;Indian Transporter/Foreign Transporter/Authorized
agent of Indian Transporter/Authorized Agent of Foreign Transporter/Govt Transport Agency
(Please specify if in any other category)
c) In case of foreign firm, contact person in Delhi/India and his relationship with tenderer
i) Name
ii) Address
iii) Relationship with tenderer :
iv) Telephone
Landline:
Mobile
v) Fax
vi) E-mail
2. Whether registered with MSME or Distt. Industry Centre (DIC) for subject store as manufacturer
MSE(Micro & Small Enterprises). If yes, upload photocopy of following :-
i) Registration Certificate Validity Date
ii) Tendered store is covered or not
iii) Specify Monetary Limit in Rs.
iv) Production capacity per month
3. Whether past supplier of subject store to any Government Organization in India or Abroad during
the previous years. (If yes, submit performance statement in proforma enclosed in tender).
4. a) Delivery period in months from the date of placement of order : ________
b) Monthly rate of supply._____________
c) Offer validity______________________
d) Payment Terms___________________
e) Guarantee/Warranty_______________
f) Model offered ____________________
5. Whether stores fully conforms to Tender Schedule Specifications in all respects.
Page 28 of 54
8. Income Tax Assessment/Return Office address.
9. Income tax clearance certificate & PAN No.
10. After sales service centre alongwith Lab/Workshop for periodical maintenance & repair inNCR
Region which is registered with MSME/NSIC or any other concerned Central Govt. agency
(i) Registration details with validity
(ii) Location, building owned or leased
(iii) Addresses with nearest Police Station :
(iv) Details must be filled in annexure attached. Yes / No
11. Details of MOU with foreign principal/OEM & Indian OEM :
for tendered item for a period of minimum two years.
(i) Name of OEM
(ii) No. of items including tendered equipment for MOU
(iii) Specific period and validity of MOU.
(iv) Warranty/Guarantee & availability of spares, repairs &
Price reasonability having ownership of liability by OEM
for tendered equipment.
12. Essential documents for distributor of Indian OEM.
In case of Indian distributor of Indian OEM, they must produce
Under taking certificate in accordance to Clause 1.1 of Yes / No
Chapter IV of Tender Enquiry .
13. Essential documents for distributor of Foreign OEM
In case of Indian Distributor/seller of foreign OEM, then must fill in the Yes / No
Enlistment application form attached as Annexure F.
14. Proforma invoice of OEM to system integrator : Yes / No
15. Any criminal or civil case pending against firm or owner: Yes / No
of the firm (Furnish details thereof)
6. State whether business dealings with you have been banned
with Min./Deptt of Supply/ Ministry of Home Affairs/Any
Central Government Ministry or Department/Any State Govt.?
If yes, then give the details otherwise upload the self declaration
certificate with technical bid.
7.
GST Tax Assessment/Return Office Address. :
16. Do you agree to sole arbitration by Secretary,
Ministry of Home Affairs or by other some other
person appointed by him as provided in Clause
9.9.1 and 9.9.2 of Manual for procurement goods
2017,MOF (Your acceptance or non- acceptance of
this clause will not influence the decision
of the tender. It should, however, be noted that an
omission to answer the above question will be
deemed as an acceptance of the clause).
Page 29 of 54
(b) If the answer to (a) is in the negative, whether there
is any general power of attorney executed by all the partners of
the firm authorizing the partner who has signed the tender to
refer dispute concerning business of the partnership to arbitra
Signature of Tenderer : _________________________
Name in Block letter : _________________________
Capacity in which : __________________________
Tender signed
Full Address : __________________________
17 For Partnership Firms state whether they are
registered or not registered under Indian Partnership
Act, 1932.
Should the answer to this question by a Partnership
firm be in the affirmative, please state further
(a) Whether the partnership agreement, authority
to refer disputes concerning the business of the
partnership to arbitration has been conferred on the
partner who has signed the tender.
If the answer to either (a) or (b) is the
affirmative, please furnish a copy of
either the partnership agreement or the
general power of attorney as the case may
be
:
N.B.:-
1) Please attach to the tender a copy of either document on which reliance is place
for authority of partners on the partner signing the tender to refer disputes to
arbitration. The copy should be attested by a Notary Public or its execution
should be admitted by affidavit on a properly stamped paper by all the partners.
2) Where authority to refer disputes to arbitration has not been given to the partner
signing the tender the tenders must be signed by every partner of the firm.
18. Here State specifically :-
a) Whether the price tendered by you is to the best of your knowledge
and belief, not more than the price usually charged by you for stores
of same nature/class or description to any private purchaser either
foreign or as well as Govt Purchaser. If not state the reasons thereof.
If any, also indicate the margin of difference.
b) In respect of indigenous items for which there is a controlled price
fixed by law, the price quoted shall not be higher than the
controlled price and if the price quoted exceeds the controlled price
the reasons thereof should be stated.
Page 30 of 54
APPENDIX-4
DETAILS OF INDIAN TRANSPORTER & AUTHORIZED AGENT OF INDIAN TRANSPORTER
( To be compulsory filled by Indian Transporter or their Authorized Agent)
Tender No. & Date____________________ For the supply of _________________________________
1 Details of Manufacturer:-
a) Name :
(i) Office
(ii) Address
(iii) Telephone :
Landline
Mobile
(iv) Fax
(v) e-mail
b) Works/Factory/Lab
(i) Address
(ii) Telephone :
Landline
Mobile
(iii) FAX
(iv) e-mail
Name & Designation of Contact Person :
2 Ownership of Manufacturing Works/factory/Lab,
a) Manufacturer/OEM having their own premise
must upload Documentary evidence for the same. :
Brief details thereof
b) In case you are having leased/rented premise
for manufacturing/Integration/works, documentary :
evidence be uploaded. Brief details thereof.
c)In case you do not own the factory but utilize
the factory of some other firm for the
manufacture/fabrication of the stores for
which you apply for registration on lease or other
base you should upload a valid legal agreement
that the factory of (Here indicate the name of the
firm whose factory is being utilized) has been put
atyour disposals for the manufacture/fabrication of
the stores for which registration has been applied for.
______________________________
.
Page 31 of 54
3
Brief description of the factory/workshop/lab.
(a) covered area & Open area , :
(b) Whether area comes under Govt authorized
Industrial/commercial place for the same :
( c) Power connection with load capacity and
Issued in the name of :
(d) Functional departments of
manufacturing/works divided into, details
thereof )
_________________________________
4
5.
Details of Plant and machinery erected and
functioning in each department
(a) Make & model of main machine
(b) Date of purchase & commissioning
(c) Life of the Machine
(d) Details of subsidiary and associated
machinery & equipment
Details of Machinery/equipment/laboratory for
quality control
9. (a 6.
7.
8.
Details and stocks of raw material held (state
whether imported or indigenous) against each
item
Production capacity of each item with existing
plant & machinery
a) Normal
b) Maximum
Details arrangement for quality control of
products such as laboratory etc.
Page 32 of 54
9. Manpower
a) Details of qualified Technical/Supervisory
staff incharge of production & quality control.
Upload copies of CVs of these personnel with
technical bid
b) Skilled labour employed
c) Un-skilled labour employed
d) Maximum no of workers(Skilled & un-skilled
) employed on any day during the 18 months
preceding the date of application
e) Details of PF & ESI registration, available if
any.
10. Whether stores were tested to any standard
specification by National/International
accredited Lab. If so, copies of original
certificate should be submitted in triplicate
11. Whether OEM having any BIS(ISI Mark) /ISO
registration. If yes, give the details
12. Industrial license details. Upload the copy
alongwith technical bid
13. Give details & upload copy for following :-
a) Whether MSE(Micro Small Enterprises)
b) Whether medium or large sector Unit
14. Constitution of the firm (upload & furnish the
details) ;-
a) Registration with under Indian Company Act
1956
b) Indian Partnership Act 1932
c) Indian Proprietary Firm , Pvt Ltd Companies,
LLC
15. Ownership of firm
(Furnish the details of
proprietor/partners/directors etc.)
Page 33 of 54
16. Local Content
If stores offered are manufactured in India,
please state whether all the raw materials,
components etc. used in their manufacture are
also produced in India. If not, give details of
materials components etc. that are imported and
their break up of the indigenous component in
percentage (%)& Imported components in
percentage(%) together with their value &
proportion it bears to the total value of the store
should also be given.
17. Declaration certificate :-
Indian OEM & their authorized distributor and
Indian System Integrator firm will provide all
documentary declaration certificate which are
mentioned inCl;ause1.1 of Chapter IV
respectively.
Yes / No
Place :
Date :
RE & TENDERER
DESISGNATION _____________
COMPANY/FIRM_______________
Page 34 of 54
APPENDIX-5
DETAILS OF FOREIGN TRANSPORTEROEM & THEIR INDIAN AUTHORISED AGENTS
( To be compulsory filled by Foreign Transporters or their Indian Agents )
3. Furnish the detail of Industrial
License/Permit issued by concerned Govt
Agency
a) Name of Govt Agency
b) Office Address
c) email of concerned official
d) Website of issuing Govt Agency
e) Phone No. of concerned official
:
4
i)
ii)
Furnish the details of concerned
Income Taxation Department
Income Tax Department
Office address & contact details
Income Tax clearance certificate
:
5 Furnish the details of concerned
Industrial Tax registration i.e.
GST/Excise/VAT etc.
and Office address & contact details of
assessment office
6 Registration with Export Office
a) Registration No.
b) Validity
c) Item
7 CRISIL Rating as a OEM, if any
1.
Detail of manufacturer:
a) Name
:
b) Office
(i) Address
:
(ii) Telephone
Landline: :
Mobile :
(iii) Fax :
(iv) e-mail :
2 Works/Factory/Lab
(i) Address :
(ii) Telephone
Landline: :
Mobile :
(iii) Fax :
a) Contact person in Delhi/NCR
(i) Address :
(ii) Telephone
Landline: :
Mobile :
(iii) FAX :
(iv) e-mail :
Page 35 of 54
8 Business name and constitution of the
firm as a OEM.
a) Details of the Govt./Commercial
Agency who registered
b) Type & Nature of Firm/Company.
9
Please indicate:-
Name & Full address of your Banker
10 Certificate of concerned Chamber of
Commerce that participating Foreign
OEM is established OEM for Tendered
Item
11 Foreign OEM participating directly in
the Tender must submit certificate that
Indian Office /Authorized Distributor
are capable enough to provide repair,
periodical maintenance and after sales
service in life cycle of tendered
product
12 MOU
Agreement between Foreign OEM and
their authorized distributor should be
valid
a) more than warranty period time of
tendered item
b) MOU be issued before publication
of Tender
13 Declaration
Foreign OEM will give undertaking
that they will inform, if appoint new
distributor/dealer during life cycle of
tendered item
14 Declaration certificate :-
Foreign OEM&their authorized
distributor firm will provide all
documentary declaration certificate
which are mentioned in Clause 1.2 and
1.3. of Chapter IVrspectively.
N.B.:- If foreign manufacturer's distributor, please upload with tender the copy of manufacturer's
authorization and profit declaration.
Signature of Witness
Signature of Tenderer
Full name
(Block letters)
Address
(1)Full name
(Block letters)
(2) Address
Whether signing as proprietor/Partner/ Constituted
Attorney/duly authorized by the company.
Note: Tenderers should furnish specific answers to all the questions. Tenderers may please note
that if the answers so furnished are not clear and/or are evasive, the tender will be liable to
be ignored.
Page 36 of 54
APPENDIX-6
SERVICE CENTRE AND WORKSHOP(AFTER SALE SUPPORT) DETAIL
(Essentially to be filled by all Bidder)
01. Name of the After Sale support Centre :
02. Contact Details
(i) Address
(ii) Telephone No.
(iii) FAX
(iv) Email & Website
03. Contact Person, Mobile No. & Designation:
04. Details of available Infrastructure
05. Accreditation of Service Centre & Work shop, if any.
06. Registration of After sales service centre and Lab/Workshop with MSME/NSIC or any other
concerned
Central Govt. agency
07. Capability of periodical maintenance and repair
08. Reserve stock of manufacturer recommended list of spares(MRLS)
09. Stock of Special Maintenance & Repair Tools (SMRT)
10. Qualified Technical personnel available with Service Centre & Workshop
11. Past performance of the Service Centre & Workshop.
12. ISO certification available, if any.
Page 37 of 54
APPENDIX-7
PERFORMANCE(SUPPLY) STATEMENT FOR PREVIOUS YEARS
Name of Firm _______________________________________________________________
S.
No.
Order Placed By
whom, with
Order No. &
Date
Store Qty Value Delivery
Period
Remarks (To include Reasons
for Delay/ Cancellation/
Complaints etc.)
1
2
3
4
5
6
Note: Firms to submit performance report of similar kind of work, executed for the Govt. Organizations
of the last three years.
Page 38 of 54
APPENDIX-8 Government of India, Ministry of Home Affairs
160 Bn, Border Security Force
DIGBERIA, BADU ROAD, MADHYAMGRAM, DISTT- NORTH 24 PARGANAS, KOLKATA (W.B) PIN – 700128
Tele/Fax No: 033 - 25260014, E-mail: [email protected]
Proforma for Bank Guarantee for submitting Earnest Money Proforma of Bank Guarantee for Earnest Money
(On banks letter head with adhesive stamp)
Bank Guarantee No. _______________________ Dated ____/____/2018 To, THE DDO, 160 BN BSF DIGBERIA, PO- BADU ROAD DIST- NORTH 24 PARGANAS, KOLKATA (WB), PIN-700128 Dear Sir,
In accordance with your Invitation to Tender No.______________________
M/S____________________________________ hereinafter called the tenderer with the following
Directors on their Board of Directors/partners of the firm:-
1. 2.
3. 4.
5. 6.
Wish to participate in the said Tender for the supply _________________________ of___________. As
a Bank Guarantee against Earnest Money for a sum of ___________(in words and figures)
______________valid for (180) one hundred eighty days from the date of opening of Tender viz
________ is required to be submitted by the tenderer as a condition for the participation, this bank hereby
guarantees and undertakes during the above said period of 180 (one hundred and eighty days) to
immediately pay, on demand by Commandant 160 Bn BSF in writing the amount of
____________(words and figures) without any reservation and recourse, if :-
i) The tenderer after submitting his Tender, modifies the rates or any of the terms and
conditions thereof, except with the previous written consent of the purchaser.
ii) The tenderer withdraws the said Tender within 120 days after opening of tender' or
iii) The tenderer having not withdrawn the Tender, fails to furnish the contract security deposit
imposed for due performance of the contract within the period provided in the General
conditions of contract.
The Guarantee shall be irrevocable and shall remain valid upto_________, if further extension to
this guarantee is required, the same shall be extended to such required period on receiving instructions
from M/S ______________________________________ on whose behalf this Guarantee is issued.
Signature
Date: __________ Printed name: _______________
Place: _________ __________________________
Witness (Designation)
(Bank's Common Seal)
Page 39 of 54
Appendix -9
Tender No. 1450/Prov/160Bn BSF/Civil - TPT/Tender/2018/ Dated, the____ Oct ’ 2018
PROFORMA FOR PRICE BID
(TO BE FILLED BY THE BIDDERSTHROUGH ONLINE BOQ ONLY)
Tender Inviting Authority : Commandant, 160 Bn BSF
Name of Work : HIRING OF CIVIL TRANSPORT
Contract No.
Bidder Name :-
S/No. Item Description Qty
(In Nos.)
Basic Price Per
Unit (BP) in Rs.
GST Total amount
without Taxes in
Rs.(BP*QT)
Net Price Per Unit (NP)
including all taxes in Rs
(BP+GST)
Total Amount in
Rs. With taxes
(NP*Qty)
(A) (B) (C) (D) (E) (F) (G) (H)
1. TRUCKS (LOAD CAPACITY-9 TON)
From : DIGBERIA To : KHURDA
BHUBANESHWAR (ODISHA)
14
2. TRUCKS (LOAD CAPACITY-9 TON)
From : DIGBERIA To : MV-03,
MALKANGIRI (ODISHA)
22
Total in Figures
Total in words Rupees
Note:- (a) Tenderers are requested to read the instructions given below the Price Bid Proforma carefully before filing the same.
(b) The complete commercial quote should be in one currency only i.e INR only.
(c) Tenderers are required to indicate Basic Rate, GST and any other leviable taxes / Charges separately in the relevant columns of the
proforma. Any taxes/duties/charges reflected outside the Proforma will not be accepted.
(d) Entry tax/Octroi/Toll tax and other Statutory Taxes will be applicable at actual, if admissible.
(e) Tenderer will attach justification of price quoted. This also includes the recently executed contracts of the store in question with Govt/ Semi
Govt. organization etc. All the documents should be provided in Pdf file format.
(f) L-1 will be decided on the final value (total amount in RS with taxes) i.e the item would cost to BSF. Rates will be compared by taking
account inclusive of all Taxes & Duties to decide L-1.
(g) No column should be left blank. Wherever amount is not quoted, the column be filled with Basic rate i.e., 00.00
Page 40 of 54
APPENDIX-10
ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)/REAL TIME GROSS
SETTLEMENT (RTGS) FACILITY FOR RECEIVING PAYMENTS.
A. DETAILS OF ACCOUNT HOLDER –
Name of account holder
Complete contact address
Telephone number/Fax/E-mail
B. BANK ACCOUNT DETAILS:-
Bank name
Branch name with complete address, telephone
number and E-mail
Whether the branch is computerized?
Whether the branch is RTGS enabled? If yes, then
what is the branch‟s IFSC code?
Is the branch also NEFT enabled?
Type of bank account (SB/current/cash credit with
10/11/13)
Complete bank account number (new)
MICR code of bank
Name & address of the beneficiary/ payee
IFCS (Indian financial system) code
C. DATE OF EFFECT –
I hereby declare that the particulars given above are correct and complete. If the transaction is
delayed, or not effected at all for reasons of Incomplete or Incorrect Information, I would not hold the
user Institution responsible. I have read the option Invitation letter and agree to discharge
responsibility expected of me as a participant under the Scheme.
Date:
(…………………………………..)
Signature of Customer
Certified that the particulars furnished above are correct as per our records.
(Bank‟s Stamp)
(………………………………….)
Date: Signature of the Authorized Official from the Bank
1. Please attach a photocopy of Cheque along with the verification obtained from the Bank.
2. In case your Bank Branch is presently not “RTGS enabled”, then upon its up gradation to
“RTGS Enabled” branch, please submit the information again in the above Proforma to the
Department at the earliest.
Page 41 of 54
APPENDIX-11
SECURITY CLEARANCE DETAILS
Name
Father‟s Name in full/
Nationality
Date of Birth
Place of Birth
Nationality
Passport Number
Issued by
Valid till
Indian Visa Number
Visa Validity
Present Address
Name of the Firm
Designation
Address in India
Name of the firm/institution
whom
representing/address/contact
numbers
Meeting requested with
Place of meeting
Date & time of meeting
Lap Top Serial No.(If you plan
to take with you for meeting
Note :-In case of foreign rep, must enclose with Technical Bid.
Page 42 of 54
APPENDIX-12
CERTIFICATE TO BE SIGNED BY THE TENDERER
DECLARATION CERTIFICATE
It is certified that I/We have read over and understood all instructions contained in tender
enquiry and its schedule along with policy matter given in Rules of contained in the GFR 2017,
Manual of Ministry of Finance for procurement of goods 2017 & all orders issued by MHA, CVC and other relevant departments of Government of India from time to time till date of issue of this
tender, placed by the Central Purchase Organization of the Government of India”, as amended up to
date. I/We have also understood that any special conditions attached to this invitation to tender
will also form part of the conditions of contract and will supersede any general condition.
2. It is declared that all Appendix and forms given in Chapter IX and all other required documents are
properly filled stamped and signed as correct and updated in best knowledge of bidder. This will be in
support of bidders eligibility, qualification and responsiveness of their bid.
3. It is declared that all requisite Appendix, questionnaire and format given in Chapter-IX
are duly signed , stamped and uploaded on CPP portal well before last date and time
4. Bidder is responsible for the correctness of the information filled in the Bid documents and
shall be responsible for legal course of action in case of any mischief, incorrect, misleading fact or
declaration found in their technical bid and other relevant documents. In that case they would also be
liable for suspension of business, debar from participation in BSF alongwith other CAPF (MHA)
tender.
Signature of tenderer:-_________________
Name in block letters: __________________
Name of firm: ________________________
Full address: ________________________
________________________
________________________
i) Telephone No.
ii) Mobile No.
iii) Fax No.
iv) Email id
v) Website
Page 43 of 54
APPENDIX-13
PRE- INTEGRITY PACT CLAUSE
GENERAL :-
1. Whereas the PRESIDENT OF INDIA, represented by BSF, hereinafter referred to as the Buyer
and the first party, proposes to procure (Name of the Equipment), hereinafter referred to as
Defence Stores, and M/s____________, represented by,___________(Designation which term,
unless expressly indicated by the contract, shall be deemed to include its successors and its
assignees), hereinafter referred to as the Bidder/Seller and the second party, is willing to offer/
has offered the stores.
2. Whereas the Bidder is a private company/public company/partnership/ registered export
agency, constituted in accordance with the relevant law in the matter and the Buyer is a
Ministry of the Government of India performing its functions on behalf of the President of
India.
OBJECTIVES
3. Now, therefore, the Buyer and the Bidder agree to enter into this pre-contract agreement,
hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a system
that is fair, transparent and free from any influence/ unprejudiced dealing prior to, during and
subsequent to the currency of the contract to be entered into with a view to:-
3.1 Enabling the Buyer to obtain the desired defence stores at a competitive price in
conformity with the defined specifications of the Services by avoiding the high cost and
the distortionary impact of corruption on public procurement, and
3.2 Enabling bidders to abstain from bribing or any corrupt practice in order to secure the
contract by providing assurance to them that their competitors will also refrain from
bribing and other corrupt practices and the Buyer will commit to prevent corruption, in
any form, by their officials by following transparent procedures.
COMMITMENTS OF THE BUYER
4. The Buyer commits itself to the following:-
4.1 The Buyer undertake that no official of the Buyer, connected directly or indirectly with
the contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the Bidder, either for themselves or for
any person, organisation or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation process
related to the Contract.
4.2 The Buyer will, during the pre-contract stage, treat all Bidders alike, and will provide to
all Bidders the same information and will not provide any such information to any
particular Bidder which could afford an advantage to that particular Bidder in
comparison to other Bidders.
4.3 All the officials of the Buyer will report the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach.
Page 44 of 54
5. In case of any such proceeding misconduct on the part of such official (s) is reported by the
Bidder to the Buyer with full and verifiable facts and the same is prima facie found to be
correct by the Buyer, necessary disciplinary proceedings, or any other action as deemed fit,
including criminal proceedings may be initiated by the Buyer and as such a person shall be
debarred from further dealings related to the contract process. In such a case while an enquiry
is being conducted by the Buyer the proceedings under the contract would not be stalled.
COMMITMENTS OF BIDDERS
6. The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of his bid or during any pre-contract or post
contract stage in order to secure the contract or in furtherance to secure it and in particular
commits himself to the following:-
6.1 The Bidder will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the Buyer, connected
directly or indirectly with the bidding process, or to any person, organisation or third
party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the Contract.
6.2 The Bidder further undertakes that he has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the Buyer or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the Contract or any
other contract with the Government for showing or forbearing to show favour or
disfavour to any person relation to the Contract or any other Contract with the
Government.
6.3 The Bidder will not collude with other parties interested in the Contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
6.4 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
6.5 The Bidder further confirms and declares to the Buyer that the Bidder is the original
manufacturer/integrator/authorised government sponsored export entity of the defence
stores and has not engaged any individual or firm or company whether Indian or foreign
to intercede, facilitate or in any way to recommend to the Buyer or any of its
functionaries, whether officially or unofficially to the award of the contract to the
Bidder, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
6.6 The Bidder, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or
intends to make to officials of the Buyer or their family members, agents, brokers or
any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
Page 45 of 54
6.7 The Bidder shall not use improperly, for purposes of competition or personal gain, or
pass on to others, any information provided by the Buyer as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The Bidder also undertakes to
exercise due and adequate care lest any such information is divulged.
6.8 The Bidder commits to refrain from giving any complaint directly or through any other
manner without supporting it will full and verifiable facts.
6.9 The Bidder shall not instigate or cause to instigate any third person to commit any of
the actions mentioned above.
7. Previous Transgression
7.1 The Bidder declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any
country in respect of any corrupt practices envisaged hereunder or with any Public
Sector Enterprise in India or any Government Department in India that could justify
bidder‟s exclusion from the tender process.
7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified from
the tender process or the contract, if already awarded, can be terminated for such
reason.
8. EARNEST MONEY/BID SECURITY
8.1 Every bidder, while submitting online bid, shall deposit specified amount as Earnest
Money/Bid Security, with the buyer through any of the following instruments:-
(i) A confirmed Bank Guarantee/ FDR by an Indian Nationalized Bank, promising
payment of the guaranteed sum to the Ministry of Defence, Government of India,
represented on behalf of the President of India, on demand within three working days
without any demur whatsoever and without seeking any reasons whatsoever. The
demand for payment by the Buyer shall be treated as conclusive proof for payment. A
model Bank guarantee format is enclosed.
8.2 The Earnest Money/Bid Security shall be valid up to a period as mentioned inChapter-II
of T.E. or the complete conclusion of contractual obligations to complete satisfaction of
both the bidder and the buyer, whichever is later. In case there are more than one
bidder, the Earnest Money/Bid Security shall be refunded by the buyer to those
bidder(s) whose bid(s) does/do not qualify for negotiation by the Tender Purchase
Committee (TPC), as constituted by the Buyer, immediately after a recommendation is
made by the TPC on the bid (s) after an evaluation.
Page 46 of 54
8.3 In the case of successful bidder a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of
Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case
of a decision by the Buyer to forfeit the same without assigning any reason for
imposing sanction for violation of this pact.
8.4 The provisions regarding Sanctions for Violation in Integrity Pact include forfeiture of
Performance Bond in case of a decision by the Buyer to forfeit the same without
assigning any reason for imposing sanction for violation of Integrity Pact.
8.5 No interest shall be payable by the Buyer to the Bidder(s) on Earnest Money/Security
Deposit for the period of its currency.
9. COMPANY CODE OF CONDUCT
9.1 Bidders are also advised to have a company code of conduct (clearly rejecting the use of
bribes and other unethical behavior) and a compliance program for the implementation
of the code of conduct throughout the company.
10. SANCTIONS FOR VIOLATION
10.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or
acting on his behalf (whether with or without the knowledge of the Bidder) or the
commission of any offence by the Bidder or any one employed by him or acting on his
behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of
Corruption Act 1988 or any other act enacted for the prevention of corruption shall
entitle the Buyer to take all or any one of the following actions, wherever required:-
(i) To immediately call off the pre-contract negotiations without assigning any
reason or giving any compensation to the Bidder. However, the proceedings
with the other bidder(s) would continue.
(ii) The Earnest Money / Security Deposit / Performance Bond shall stand forfeited
either fully or partially, as decided by the Buyer and the Buyer shall not be
required to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the Bidder.
(iv) To recover all sums already paid by the Buyer, and in case of an Indian Bidder with
interest thereon at 2% higher than the prevailing Prime Lending Rate, while in case
of a Bidder from a country other than India with interest thereon at 2% higher than
the LIBOR. If any outstanding payment is due to the Bidder from the Buyer in
connection with any other contract for any other defence stores, such outstanding
payment could also be utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond if
furnished by the Bidder, in order to recover the payments, already made by the
Buyer, along with interest.
(vi) To cancel all or any other Contracts with Bidder.
(vii) To debar the Bidder from entering into any bid from the Government of India for
minimum period of five years, which may be further extended at the discretion of
the Buyer.
(viii) To recover all sums paid in violation of the Pact by Bidder(s) to any middleman
or agent or broker with a view to securing the contract.
Page 47 of 54
(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of the
Bidder, either directly or indirectly, is closely related to any of the officers of the
Buyer, or alternatively, if any close relative of an officer of the Buyer has financial
interest/stake in the Bidder‟s firm, the same shall be disclosed by the Bidder at the
time of filing of tender. Any failure to disclose the interest involved shall entitle
the Buyer to rescind the contract without payment of any compensation to the
Bidder.
Note:- The term „close relative‟ for this purpose would mean spouse whether residing with the
Government servant or not, but not include a spouse separated from the Government servant
by a decree or order of the competent court; son or daughter or step son or step daughter and
wholly dependent upon Government servant, but does not include a child or step child who
no longer in any way dependent upon the Government servant or of whose custody the
Government servant has been deprived or by or under any law; any other person related,
whether by blood or marriage, to the Government servant or to the Government servant‟s wife
or husband and wholly dependent upon Government servant.
(x) The bidder shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the Buyer, and
if he does so, the Buyer shall be entitled forthwith to rescind the contract and all
other contracts with the Bidder. The Bidder shall be liable to pay compensation for
any loss or damage to the Buyer resulting from such rescission and the Buyer shall
be entitled to deduct the amount so payable from the money(s) due to the Bidder.
(xi) In case where irrevocable letters of Credit have been received in respect of any
contract signed by the Buyer with the Bidder, the same shall not be opened.
10.2 The decision of the Buyer to the effect that a breach of the provisions of this Integrity
Pact has been committed by the Bidder shall be final and binding on the Bidder, however, the
Bidder can approach the monitor(s) appointed for the purposes of this pact.
11. FALL CLAUSE
11.1 The Bidder undertakes that he has not supplied/is not supplying the similar systems
or subsystems at a price lower than that offered in the present bid in respect of any
other Ministry/Department of the Government of India and if it is found at any stage
that the similar system or sub-system was supplied by the Bidder to any other
Ministry/Department of the Government of India at a lower price, then that very price,
with due allowance for elapsed time, will be applicable to the present case and the
difference in the cost would be refunded by the Bidder to the Buyer, if the contract
has already been concluded.
11.2 The Bidder shall strive to accord the most favoured customer treatment to the Buyer in respect
of all matter pertaining to the present case.
12. EXAMINATION OF BOOKS OF ACCOUNTS
In case of any allegation of violation of any provisions of this Integrity Pact or payment of
commission, the Buyer or its agencies shall be entitled to examine the Books of Accounts of
the Bidder and the Bidder shall provide necessary information of the relevant financial
documents in English and shall extend all possible help for the purpose of such examination.
13. LAW AND PLACE OF JURISDICTION
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the Buyer i.e. New Delhi.
Page 48 of 54
14. OTHER LEGAL ACTIONS
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provisions of the extant law in force relating to any civil or
criminal proceedings.
15. VALIDITY
15.1 The validity of this Integrity Pact shall be from the date of its signing and extend upto
5 years or the complete execution of the contract to the satisfaction of both the Buyer
and the Bidder/Seller, whichever is later.
15.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.
16. The Parties hereby sign this Integrity Pact at______________on_______
BUYER BIDDER
Witness Witness
1._________________ 1._________________
2._________________ 2._________________
Page 49 of 54
APPENDIX-14
ENLISTMENT APPLICATION FORM
For Indian Agent/Agent of Foreign Transporter
1 Name of the Indian Distributor/Seller
2 Address/telephone/fax/Email Id of
(a) Register office
(b) Head Office
( c) Website address, if any
3 Status of Indian Distributor/Seller
(a) Date of incorporation
(b) Constitution of the firm :-
i) Proprietorship/Partnership(attach copy of
Partnership deed and Form-a or equivalent entyry
certificate from Registrar of Firms self certified)
ii) Public Limited/Pvt Limited(attach
Memorandum/article of association and copy of
certificate of incorporation self certified)
(c) Names, addresses and telephone nos of
Proprietor/Partners/Directors having interest in the
firm
(d) If the firm is a subsidiary of an Indian/foreign
company, give particulars of parent/holding
company
(e) If there are other subsidiaries of the same parent
company in India, give full paritcualrs
(f) If the Directors/Partners/Proprietor have financial
interests or are represented on Board(s) of other
companies give details
(g) Income-tax Circle/Ward/district in which the
applicant firm is assessed to Income tax, give
PAN and attached copy of PAN certificate
(h) Sale Tax registration no(s)
(i) Import Export, Code number issued by DGFT,
attach a copy of certificate
4 Name & address of foreign principals
(a) Contact Telephone/fax No.
Page 50 of 54
b) Website address
c)
E-mail id
5) Details of stores being offered
S/No., Description of stores, Specification with model, Limiting size/capacity Country of
Origin
6 Particulars of agency agreement with foreign principals
a) Date of agency agreement
b) Date of expiry.
c) Percentage of Agency Commission
d) Territorial jurisdiction
e) Whether foreign principals has agreed to provide
technical support and spare parts for after sales service
f) Whether Indian Distributor/Seller has authority to
commit and sign on behalf of the foreign principals ?
7 Whether Indian Distributor/Seller is prepared to quote
and receive payment in Indian Rupees ?
8 Details of personnel employed technical/skiled/others
9 State, if the product(s) carry any international quality
mark. If so attach a copy of valid license.
10 If the products require after sales service, give names
& addresses of placed where such facilities are
available and indicate staff employed
a) Whether the firm, Director/Partners were at any time
prosecuted for any offence by any court for
civil/economic offences ? If yes give details
11 Percentage of Agency commission/profit on OEMs
invoice made through selling this store/equipment
12 Validity of MOU with foreign OEM
Page 51 of 54
Appendix-15
CHECK LIST FOR TENDERERS
Before submission/uploading of tender documents, Tenderers should check they have complied
with the following requirements: -
Sl.
No
Requirements to be checked before submission of the tender Complied
(Please
indicate
YES or
NO)
Indicate
Page No.
1. Earnest Money Deposit (EMD) has been enclosed.
EMD Validity (45 days beyond the financial bid validity period)
If exempted, then supporting documents proving exemption to be uploaded.
2. If registered with NSIC/DIC/KVIC/MSME
Udyog Aadhar and copies of valid registration certificate uploaded.
(As per Appendix-3)
3. If an SSI/MSE(Micro Small Enterprises), it has been mentioned in tender &
copy of valid registration certificate uploaded.
4. Monthly manufacturing & supplying capacity has been mentioned in the
tender documents.
(As per Appendix-3)
5. Complete tender documents have been uploaded, after digital signature &
stamping on all pages.
6. Signatures of witness with full name and address have been added wherever
required on tender document.
7. Proposal has been submitted in two bid system – Technical Bid & separate
Commercial Bid as per tender enquiry.
8. Offer validity as required in tender has been accepted & clearly mentioned in
tender document.
As per Appendix – 2
9. Delivery Terms & Period as per tender has been accepted and mentioned in
tender.
As per Appendix – 3
10. Payment Terms as per tender have been accepted and mentioned in tender.
11. Compliance statement in format (Appendix-1) required in tender has been
uploaded along with supporting technical documents/proof for each
point/parameter clearly showing it is complied with or not.
Page 52 of 54
12. Performance (supply) statement for previous years as required in tender
(Appendix-7), in the laid down format, has been enclosed. If not, reasons be
specifically given in writing.
13. Guarantee/Warranty terms as per tender accepted.
14. If called for in tender, Special condition mentioned in Chapter VIII accepted
or not.
15. Status of tenderer has been clearly written in tender as per eligibility criteria
of TE
16. If called for trial, tendered equipment will be deposited well in time before
trial board detailed by BSF on given date, time & place along with necessary
documents and lab report / Test Certificates of the Equipment from OEM.
(Not applicable for this Tender)
17. Acceptance of Functional Demo clause, as required in tender, has been
specified in writing. (Not applicable for this Tender)
18. Free Training on use of equipment after supply, as specified in tender, has
been accepted in writing. (Not applicable for this Tender)
19. Condition of contract have been accepted and specifically written in tender
documents.
20. The following proforma enclosed with tender have been properly &
completely filled in, signed & stamped.
i) Offer of stores( Appendix-2)
ii) Details of participating firms( Appendix-3)
iii) Details of Indian Transporter (Appendix-4)
iv) Details of Foreign Transporter (Appendix-5)
v) Service Center & Workshop ( Appendix-6)
vi) Declaration Certificate ( Appendix-12)
vii) Enlistment form ( Appendix-14)
21. The tenderer has clearly mentioned in writing that business dealings with
their firms have not been banned by any Govt/Private agency.
Page 53 of 54
22. If the tenderer wants to mention any specific condition, it must be uploaded
along with technical bid but on separate letter head and not in the tender
documents. Such condition mentioned in any other document will not be
given any consideration.
23. Security Clearance Detail of Foreign Representative must be uploaded with
visa and passport details. Bidder can give nomination of more than one
foreign rep. for NCNC demo, trial & training but nomination cannot be
changed after opening of technical bid because it requires substantial period
of time for getting security clearance
As per TE Appendix -11 (If Foreign Rep)
24. Indigenous bidder must be prepared to offer the product/Eqpt for trial on
short notice after hearing from the Purchaser/ TEC.
25. Firm Turnover (As per Appendix-3, Monetary limit is required for MSME
registered firm or District Industry Centre)
26. Permanent Account Number
27. Income Tax Assessment / Return Office Address
28. GSTax Assessment / Return Office Address
29. Firm OEM or Authorized Distributor/System Integrator (If Authorized
distributor/System Integrator, valid authority letter is attached or not)
30. Details of Service Center & Workshop as per TE Appendix – 6 (After Sale
support )
31. Details of Bank account as per TE Appendix – 10
32. Complying of Declaration Certificate as per TE Appendix – 12
33. Complying of Enlistment application Form as per TE Appendix – 14
34. Agreement with foreign principal/OEM for tendered item assuring their
association for at least next One year from the date of tender opening. (If
Indian agent of Foreign Principal)
35. Authorization certificate from Transporter for participating for the tender(In
case of Authorized Agent)
Page 54 of 54
APPENDIX-16
ABBREVIATION OF MODEL TENDER ENQUIRY
1) DG - DIRECTOR GENERAL
2) BSF - BORDER SECURITY FORCE
3) FHQ - FORCE HEADQUARTER
4) CPP - CENTRAL PROCUREMENT PORTAL
5) MHA - MINISTRY OF HOME AFFAIRS
6) NSIC - NATIONAL SMALL INDUSTRIES CORPORATION
7) MSME - MICRO, SMALL & MEDIUM ENTERPRISES
8) MSE - MICRO & SMALL ENTERPRISES
9) GFR - GENERAL FINANCIAL RULE
10) NIC - NATIONAL INFORMATICS CENTRE
11) QR - QUALITATIVE REQUIREMENTS
12) TD - TRIAL DIRECTIVE
13) TE - TENDER ENQUIRY
14) NIT - NOTICE FOR INVITATION OF TENDER
15) OTE - ONLINE TENDER ENQUIRY
16) AT - ACCEPTANCE OF TENDER
17) OEM - ORIGINAL EQUIPMENT MANUFACTURER
18) BOO - BOARD OF OFFICERS
19) LC - LETTER OF CREDIT
20) EMD - EARNEST MONEY DEPOSIT
21) PSD - PERFORMANCE SECURITY DEPOSIT
22) MRLS - MANUFACTURER RECOMMENDED LIST OF SPARES
23) CAMC - CONTRACTUAL ANNUAL MAINTENANCE CONTRACT
24) BG - BANK GUARANTEE
25) DGCA - DIRECTOR GENERAL OF CIVIL AVIATION
26) EUC - END USER CERTIFICATE
27) DGFT - DIRECTOR GENERAL OF FOREIGN TRADE
28) TEC - TECHNICAL EVALUATION COMMITTEE
29) DDP - DELIVERED DUTY PAID
30) SEZ - SPECIAL ECONOMIC ZONE
31) KVIC - KHADI AND VILLAGE INDUSTRIES COMMISSION
32) NCNC - NO COST NO COMMITMENT
33) PDI - PRE-DELIVERY INSPECTION
34) GOI - GOVERNMENT OF INDIA
35) SMT - SPECIAL MAINTENANCE TOOLS
36) STE - SPECIAL TESTING EQUIPMENT
37) MOF - MINISTRY OF FINANCE
38) NABL - NATIONAL ACCREDIATION BOARD FOR TESTING
AND CALIBRATION LABORATORY
39) DSC - DIGITAL SIGNATURE CERTIFICATE
40) TIA - TENDER INVITING AUTHORITY
41) BOQ - BILL OF QUANTITY
42) CVC - CENTRAL VIGILANCE COMMISSION
43) AOC - AWARD OF CONTRACT
44 ) MOU - MEMORANDUM OF UNDERSTANDING